RFI - Boat, Boom Reel, & Trailers for HAZMAT Spill Response
ID: FA480924Q0118Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4809 4TH CONS SQ CCSEYMOUR JOHNSON AFB, NC, 27531-2456, USA

NAICS

Boat Building (336612)

PSC

SMALL CRAFT (1940)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking information from small businesses regarding the procurement of a work boat, boom reel, and associated trailers for hazardous material (HAZMAT) spill response operations at Seymour Johnson Air Force Base in North Carolina. The requirements include a work boat between 20 and 23 feet long, a boom reel capable of deploying 2,000 feet of boom, and utility trailers designed for personnel transport and equipment staging. This initiative is crucial for enhancing the operational readiness and environmental safety in response to potential spills in the Neuse River area. Interested parties are encouraged to respond with their capabilities, including any potential impacts of combining these requirements, and must include their Cage Code in their submissions. For further inquiries, contact Angela Gibson at angela.gibson.4@us.af.mil or Aaron Vanvynckt at aaron.vanvynckt.1@us.af.mil.

    Files
    Title
    Posted
    The document outlines a federal government requirement for a boom, boom reel, and trailer intended for containment of petroleum, oil, and lubricant (POL) spills in the Neuse River near Seymour Johnson Air Force Base, North Carolina. Key specifications include a boom reel capable of deploying and retrieving 2,000 feet of 24-inch high boom in brackish water, constructed from welded marine-grade aluminum with a hydraulic-powered system for efficient operation. The trailer must be roadworthy in North Carolina and include dual axles, electric hydraulic brakes, stabilizer jacks, and a diesel-driven hydraulic power pack. Additionally, the assembly should feature 1,000 feet of rapid deployment solid flotation boom, engineered for fast water conditions and equipped with ASTM Z, F962 connectors. On-site training for 6-8 personnel, lasting a minimum of six hours, is required to ensure proper equipment operation and maintenance. The proposal mandates a one-year warranty covering materials and workmanship. This RFP emphasizes the government’s effort to enhance environmental safety and readiness for spill response in critical areas.
    The document outlines a government request for proposal (RFP) for an enclosed utility bumper pull trailer intended for hazardous material spill response operations at the Neuse River, near Seymour Johnson Air Force Base. The trailer needs to accommodate five to six personnel and serve multiple purposes including equipment transport, staging, and shelter. Key specifications include a length of 18 to 22 feet, a gross vehicle weight rating of at least 16,000 pounds, and structural compliance with various safety and manufacturing standards. Features must encompass a robust electrical system powered by a minimum eight-kilowatt diesel generator, comprehensive HVAC capability, and an asset control automation system, all controllable through a secure tablet interface. Essential interior installations include ample storage solutions, a full-sized refrigerator for fuel samples, and multiple power outlets. A minimum structural warranty of 12 years is required. This RFP signifies the government's commitment to ensuring preparedness and operational capacity in response to environmental hazards.
    This document outlines a Request for Proposals (RFP) for the procurement of a work boat, trailer, and associated training for a spill response team positioned along the Neuse River near Seymour Johnson Air Force Base, North Carolina. The required work boat must be between 20 and 23 feet long, made of durable aluminum materials, with a self-bailing deck, significant payload capacity (3,000 pounds), and various safety and functional features, including proper lighting, seating, and navigation equipment. The trailer specifications include dual axles, disc brakes, and a spare tire mount system. Additionally, the RFP mandates training for six to eight personnel, comprising two hours of land-based instruction and six hours on the river. A minimum one-year warranty on materials and workmanship is also stipulated. Overall, this document emphasizes the need for reliable equipment and training to enhance the spill response capabilities of the designated team, reflecting broader government priorities of environmental protection and effective emergency response.
    Lifecycle
    Title
    Type
    Similar Opportunities
    19--CERC Tracker Boat with Motor & Trailer
    Active
    Interior, Department Of The
    The U.S. Geological Survey's Columbia Environmental Research Center (CERC) is seeking proposals for the procurement of an 18-foot aluminum jet drive boat with a trailer, specifically designed for operation in shallow, high-gradient waterways for fishery research. The boat must be equipped with a Mercury four-stroke 80 HP outboard jet motor, a squared-off bow, and a minimum capacity rating of 2,000 lbs, along with specific trailer requirements to ensure safe transport. This acquisition is a Total Small Business Set-Aside, emphasizing participation from service-disabled veteran-owned small businesses, with the Request for Quote (RFQ) scheduled for issuance on August 30, 2024, and quotes due by October 8, 2024. Interested vendors must be registered in the System for Award Management (SAM) and can direct inquiries to Kimberly Schneider at krschneider@usgs.gov.
    Request for Information - 40 HP Outboard Motor and Ancillary Equipment for Combat Rubber Raiding Craft
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is seeking qualified vendors to provide a 40 HP outboard motor and ancillary equipment for the Combat Rubber Raiding Craft (CRRC) utilized by Special Warfare personnel. The procurement aims to identify sources capable of delivering motors that can propel a 1,500-pound payload at a minimum speed of 15 knots, with capabilities for submersion, recovery, and multi-fuel operation, along with a complete set of ancillary equipment. These motors are critical for various mission roles, including rescue operations, infiltration/exfiltration during combat, and administrative support in training scenarios. Interested parties must submit their capabilities packages by October 16, 2024, and can direct inquiries to Jamie Sclafani at jamie.sclafani@us.af.mil.
    Request for Information - Combat Rubber Raiding Craft
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC), is conducting a Request for Information (RFI) to identify potential sources for providing Combat Rubber Raiding Craft (CRRC) boats for U.S. Air Force operations. The CRRC must meet specific capability requirements, including the ability to transport six operators and equipment, a payload capacity of 1,500 pounds, and operational functionality in shallow waters. These boats are crucial for various deployment methods and operational roles across diverse environments, enhancing the Air Force's special warfare capabilities. Interested parties are invited to submit a capabilities package by October 16, 2024, and can contact Jamie Sclafani at jamie.sclafani@us.af.mil for further information.
    Covered Storage Facility for Boats
    Active
    Dept Of Defense
    The Department of Defense, specifically the 47th Contracting Squadron at Laughlin Air Force Base, is seeking qualified contractors for the construction of a covered storage facility for boats. This project aims to provide a safe and weather-resistant environment for storing boats, addressing current vulnerabilities to weather-related damage and enhancing recreational support for service members. The scope of work includes a design-build contract for a facility measuring 100' by 35', capable of accommodating at least nine boats, with strict adherence to federal building codes and local weather conditions. Interested parties should submit a capabilities package, including their DUNS, Cage Code, and SAM registration details, by the specified deadlines, with an estimated project value between $250,000 and $500,000. For further inquiries, contact TSgt Benjamin M. Sanders at benjamin.sanders.2@us.af.mil or Neo Stamper at neo.stamper@us.af.mil.
    J--Boat Preventative Maintenance and Repairs
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking preventative maintenance and repair services for four Oil Spill Recovery boats at Naval Weapons Station Earle, NJ. The services will be acquired through a small business set-aside procurement action. The contract will have a one-year base period of performance and four one-year ordering periods thereafter. The services will be acquired using procedures under Federal Acquisition Regulation (FAR) Part 12 and FAR Subpart 13.5. Interested vendors can download the request for quote from the NECO and FBO websites starting from 15 March 2018. Vendors must be registered in the System for Award Management (SAM) database to be eligible for award. For more information, contact Carlton Walton at carlton.walton@navy.mil.
    Potable Water Trailers (Water Buffalos)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of four potable water trailers, commonly referred to as water buffalos, to be delivered to Mountain Home Air Force Base in Idaho. The trailers must meet specific requirements, including a capacity of approximately 525 gallons, construction from black polyethylene to ensure UV protection, and essential features such as manholes and drain holes for maintenance. This procurement is critical for military operations, ensuring the availability of potable water in various locations. Interested small businesses must submit their quotes by 2:00 PM MST on October 2, 2024, and are encouraged to direct any questions to the designated contacts, SrA Deivid Baez and Dan Parks, before the deadline of September 27, 2024.
    RFI - Waterways Commerce Cutter (WCC) Cutter Boats
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the United States Coast Guard (USCG), is seeking information from qualified firms regarding the Waterways Commerce Cutter (WCC) Cutter Boats, specifically for the upcoming Request for Proposal (RFP) for Cutter Boat – Aids to Navigation – Small (CB-ATON-S). The procurement aims to identify a single-design cutter boat to support various missions, including aids to navigation, search and rescue, and maritime law enforcement, as part of the recapitalization of the inland tender fleet. The industry day will be held on October 17, 2024, in St. Louis, Missouri, where demonstrations of existing cutter boat capabilities will take place, and interested vendors must confirm attendance by September 30, 2024. For further inquiries, vendors can contact William E. Lewis at William.E.Lewis3@uscg.mil, and responses to the RFI are due by April 29, 2024.
    Synopses - Special Purpose Craft - Heavy Weather 2nd Generation (SPC-HWX II)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the Special Purpose Craft – Heavy Weather Second Generation (SPC-HWX II), which involves the design and construction of up to six boats capable of operating in challenging maritime conditions. These vessels will support critical missions such as Search and Rescue (SAR), Marine Safety, and Law Enforcement, particularly in the Pacific Northwest, where they must endure severe weather conditions. The contract will be awarded as a Firm Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) agreement, with a three-year base ordering period and an optional four-year extension, and proposals are expected to be evaluated based on technical merit, past performance, and pricing. Interested contractors should prepare for the Request for Proposal (RFP) release anticipated in late November 2024 and can direct inquiries to William E. Lewis at William.E.Lewis3@uscg.mil or Joel Gibney at Joel.M.Gibney@uscg.mil.
    J--Boat Preventative Maintenance and Repair
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking preventative maintenance and repair services for four harbor security boats at Naval Weapons Station Yorktown, VA. The services will be acquired through a small business set-aside procurement action. The contract will have a three-year ordering period starting on July 1, 201 and ending on June 30, 2021. Interested vendors can download the request for quote from the NECO and FBO websites. Vendors must be registered in the Central Contractor Registration (CCR) database to be eligible for award. For more information, contact Carlton Walton at carlton.walton@navy.mil.
    20--BLADDER,BOAT
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of two boat bladders, identified by NSN 2090015149268. The solicitation is classified as a Request for Quotation (RFQ) and requires delivery to DLA Distribution within 168 days after order. These boat bladders are critical components used in various marine applications, ensuring operational readiness and efficiency. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.